NASA awards $5.88M for occupational health, with 2 bidders competing for a firm-fixed-price contract
Contract Overview
Contract Amount: $5,875,514 ($5.9M)
Contractor: Johnson Venture Management Solutions, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-07-01
End Date: 2025-10-31
Contract Duration: 1,948 days
Daily Burn Rate: $3.0K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: OCCUPATIONAL HEALTH SUPPORT SERVICES
Place of Performance
Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23681
State: Virginia Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $5.9 million to JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC. for work described as: OCCUPATIONAL HEALTH SUPPORT SERVICES Key points: 1. Contract value appears reasonable given the duration and scope of occupational health support services. 2. Competition was present, with two bidders vying for the contract, suggesting some level of market interest. 3. The firm-fixed-price structure shifts performance risk to the contractor. 4. This contract supports essential health services for NASA personnel. 5. The contract falls within the broader category of miscellaneous ambulatory health care services. 6. The duration of the contract extends over multiple fiscal years, indicating a long-term need.
Value Assessment
Rating: good
The contract value of $5.88 million over approximately 4 years (July 2020 - Oct 2025) averages to about $1.47 million per year. This seems within a reasonable range for comprehensive occupational health support services for a federal agency. Benchmarking against similar contracts for occupational health services at NASA or other agencies would provide a more precise value-for-money assessment, but the initial figure does not raise immediate red flags.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under SAP (Small Acquisition Procedures), indicating it was solicited through a competitive process. With two bidders, there was a degree of competition, which generally helps in achieving fair market prices. The specific details of the solicitation and the evaluation criteria would further clarify the extent of competition and its impact on price discovery.
Taxpayer Impact: The presence of competition, even with two bidders, suggests that taxpayers benefited from a more competitive pricing environment compared to a sole-source award.
Public Impact
NASA employees benefit from essential occupational health services, ensuring a safe and healthy work environment. Services include health assessments, medical surveillance, and potentially injury/illness management. The contract's geographic impact is primarily at NASA facilities where the services are rendered. The contract supports a workforce of healthcare professionals providing these specialized services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not clearly defined in the contract.
- Reliance on a single contractor for critical health services could pose a risk if performance issues arise.
Positive Signals
- Firm-fixed-price contract structure incentivizes contractor efficiency.
- Competition, even with two bidders, suggests a viable market for these services.
- Long-term contract duration provides stability for service delivery.
Sector Analysis
Occupational health services represent a niche within the broader healthcare sector, focusing on workplace safety and employee well-being. This contract fits within the federal government's consistent spending on health and medical services to support its workforce. Comparable spending benchmarks would typically be found by analyzing other federal contracts for similar health support services across various agencies.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, if any, awarded by the prime contractor, JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC. Without specific subcontracting plans, it's difficult to assess the direct impact on small businesses.
Oversight & Accountability
Oversight for this contract would typically be managed by the National Aeronautics and Space Administration (NASA) contracting officer and program officials. Accountability measures are embedded in the firm-fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is generally maintained through contract award databases, though detailed performance metrics may not always be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Occupational Health Services
- NASA Health and Medical Services
- Ambulatory Health Care Services Contracts
- Federal Employee Health Benefits
Risk Flags
- Potential for performance issues if contractor resources are strained.
- Reliance on a single awardee for critical health services.
Tags
occupational-health, nasa, healthcare-services, competed, purchase-order, firm-fixed-price, virginia, ambulatory-health-care, medium-value, professional-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $5.9 million to JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC.. OCCUPATIONAL HEALTH SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $5.9 million.
What is the period of performance?
Start: 2020-07-01. End: 2025-10-31.
What is the track record of JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC. with federal contracts, particularly with NASA?
A review of federal procurement data would be necessary to fully assess JOHNSON VENTURE MANAGEMENT SOLUTIONS, INC.'s track record. This would involve examining past contract awards, performance evaluations (if available), and any history of contract disputes or terminations. Understanding their experience with similar occupational health services contracts, especially with NASA or other agencies of comparable size and complexity, would provide crucial context for evaluating their capability to perform this current contract effectively. Without specific historical data, it's difficult to definitively gauge their reliability and past performance.
How does the average annual cost of this contract compare to similar occupational health support services contracts awarded by other federal agencies?
The average annual cost for this contract is approximately $1.47 million ($5.88M / 4 years). To benchmark this effectively, one would need to compare it against contracts for similar occupational health support services awarded by agencies like the Department of Defense, Department of Veterans Affairs, or other civilian agencies. Key comparison points would include the size of the workforce supported, the scope of services (e.g., basic clinic operations vs. specialized medical surveillance), and the geographic locations. A higher average annual cost might be justified by a larger workforce or more comprehensive service requirements, while a lower cost could indicate greater efficiency or a less demanding scope. Accessing a database of federal contract awards with detailed service descriptions and pricing would be essential for a robust comparison.
What are the specific performance metrics and service level agreements (SLAs) outlined in this contract, and how are they monitored?
The provided data does not detail the specific performance metrics or service level agreements (SLAs) for this occupational health support services contract. Typically, such contracts would include clauses defining expected service quality, response times, availability of medical personnel, and reporting requirements. Monitoring these metrics is crucial for ensuring the contractor meets NASA's needs and for holding them accountable. This oversight is usually conducted by the NASA contracting officer's representative (COR) or program manager, who would review contractor reports, conduct site visits, and gather feedback from NASA personnel utilizing the services. The effectiveness of the contract hinges on clear, measurable SLAs and diligent monitoring.
What is the potential impact of this contract on the overall federal spending for occupational health services?
This $5.88 million contract represents a specific allocation for occupational health services within NASA's budget. While significant for the contractor and the services provided, its impact on overall federal spending for occupational health services is relatively modest when viewed in the context of the entire federal budget. Federal spending on health services, including occupational health, spans numerous agencies and programs. This contract contributes to the aggregate spending but is unlikely to significantly shift overall trends unless it represents a new, large-scale initiative or a substantial increase in per-unit costs compared to historical norms. Analyzing trends across multiple years and agencies would be necessary to determine broader fiscal impacts.
Given the firm-fixed-price nature, what are the primary risks associated with this contract for both NASA and the contractor?
For NASA, the primary risk with a firm-fixed-price contract is that the contractor may cut corners on quality or service delivery to maximize profit, especially if the initial price was set too low or if unforeseen challenges arise. Ensuring the contractor maintains adequate staffing and quality standards requires robust oversight. For the contractor, the main risk is underestimating the costs or effort required to fulfill the contract. If actual costs exceed the fixed price, their profit margin shrinks, or they could incur a loss. This risk is amplified if the scope of work expands beyond what was initially anticipated without a contract modification.
Industry Classification
NAICS: Health Care and Social Assistance › Other Ambulatory Health Care Services › All Other Miscellaneous Ambulatory Health Care Services
Product/Service Code: MEDICAL SERVICES › OTHER MEDICAL SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 80LARC20Q0001
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Johnson Venture Management Solutions Inc.
Address: 17806 IH 10 W STE 300, SAN ANTONIO, TX, 78257
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $6,166,530
Exercised Options: $5,965,049
Current Obligation: $5,875,514
Actual Outlays: $5,875,514
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2020-07-01
Current End Date: 2025-10-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2025-12-16
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →